SOLICITATION NOTICE
D -- Interface Alarm Generator Panel (IAGP) Recapitalization
- Notice Date
- 1/12/2018
- Notice Type
- Presolicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander, USCG Telecommunication & Information Systems Command, 7323 Telegraph Road, Alexandria, Virginia, 22315-3940, United States
- ZIP Code
- 22315-3940
- Solicitation Number
- 70Z07918RPT200200
- Archive Date
- 2/12/2018
- Point of Contact
- Carolyn W. Mosinski, Phone: 703-313-5472
- E-Mail Address
-
carolyn.w.mosinski@uscg.mil
(carolyn.w.mosinski@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Pre-Solicitation Synopsis for Interface Alarm Generator Panel (IAGP) Recapitalization for Fourteen (14) 210' Reliance-Class USCG Cutters Solicitation Number: 70Z07918RPT200200 The U.S. Coast Guard (USCG) intends to solicit proposals on a full-and-open basis to procure Interface Alarm Generator Panel (IAGP) Systems Hardware, Ancillary Supplies, and services to de-install existing IAGP Systems Hardware, and install the new IAGP Systems Hardware to be procured under this contract. The de-installation and installation tasks shall be performed aboard fourteen (14) 210' Reliance-Class USCG Cutters. The Contractor will be responsible for completing the de-installation/installation tasks on each of the aforementioned Cutters while the Cutters are in their respective homeports, and will be scheduled according to Cutter availability. Pursuant to FAR Part 12.102, USCG intends to solicit the requirement on a full-and-open basis. The North American Industry Classification System (NAICS) code for this acquisition is 811213, and the small business size standard for this NAICS code is $11.0 million dollars in annual receipts. All responsible sources under this size standard will be eligible to respond to this solicitation. USCG intends to award a firm-fixed price, single-award IDIQ contract not to exceed sixty months, which will consist of five (5) one (1) year ordering periods, on a competitive basis, to one responsive and responsible Offeror. The apparent awardee shall be considered responsible as defined in accordance with FAR part 9.104-1. It is anticipated that the solicitation will be issued on or about January 26, 2018 via modification and uploaded to this Pre-Solicitation Notice. Quotation preparation instructions and response deadlines will be provided in the solicitation. The anticipated award date is on or before May 30, 2018. Prospective Offerors are hereby notified that future information about this acquisition, including the solicitation and subsequent amendments, will be available only on the Federal Business Opportunities website, www.fbo.gov. Prospective Offerors are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. Prospective Offerors submitting a response to this notice must ensure that they are registered, active, and current in the Systems for Award Management (SAM) database, www.sam.gov. This notice is not considered to be a commitment by the Government nor will the Government pay for information solicited. Requests for the solicitation will not be accepted. Please monitor the Federal Business Opportunities website for the posting of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/CISCUSCGISC/70Z07918RPT200200/listing.html)
- Place of Performance
- Address: Reliance-Class USCG Cutters at the homeport locations within the Continental United States., United States
- Record
- SN04788795-W 20180114/180112230720-24ec8f7eaa6fa915c88633e16a33dd0a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |